Section one: Contracting authority
one.1) Name and addresses
Barnsley Metropolitan Borough Council
Town Hall
Barnsley, South Yorkshire
S70 2TA
Contact
Katie Tomlinson
katietomlinson@barnsley.gov.uk
Telephone
+44 0126000000
Country
United Kingdom
Region code
UKE31 - Barnsley, Doncaster and Rotherham
National registration number
N/A
Internet address(es)
Main address
Buyer's address
https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103835
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=86035&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=86035&B=UK
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Healthwatch Barnsley
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Barnsley Metropolitan Borough Council (the Council) is looking to commission a contract for the provision of Healthwatch Barnsley. Healthwatch is the independent consumer champion for health and social care. Healthwatch should be the voice of the community and aim to influence services in direct response to feedback from local people. Healthwatch Barnsley will also act as a signposting service to local people with regards to their health and social care choices.
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKE31 - Barnsley, Doncaster and Rotherham
two.2.4) Description of the procurement
Barnsley Metropolitan Borough Council (the Council) is looking to commission a contract for the provision of Healthwatch Barnsley. Healthwatch is the independent consumer champion for health and social care. Healthwatch should be the voice of the community and aim to influence services in direct response to feedback from local people. Healthwatch Barnsley will also act as a signposting service to local people with regards to their health and social care choices.
Healthwatch Barnsley must be highly visible and easily accessible to all individuals within the Barnsley borough. They will be represented on a number of strategic groups e.g. Barnsley Health and Wellbeing Board, and the Integrated Care Delivery Board/Partnership and as part of the South Yorkshire Integrated Care System, to influence key decisions and offer direct representation of the local community.
The service must be dynamic and responsive, not only representing the local population, but also linking them to health and social care providers. The Provider must take steps to embed the service so that it is an integral part of the health and social care landscape and be valued by residents and professionals alike.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2029
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 October 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
31 October 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of Justice
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
The High Court of Justice
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
Country
United Kingdom